Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2024 SAM #8332
SOLICITATION NOTICE

R -- Intelligence Support Services Joint III � Synopsis (H92402-24-R-0001)

Notice Date
9/17/2024 12:42:50 PM
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
HQ USSOCOM TAMPA FL 33621-5323 USA
 
ZIP Code
33621-5323
 
Solicitation Number
H92402ISSJIII0005
 
Response Due
9/27/2024 1:00:00 PM
 
Archive Date
10/12/2024
 
Point of Contact
LTC Marsha Leventry, Contracting Officer, Amy Jaskela, Contracting Specialist
 
E-Mail Address
marsha.leventry@socom.mil, amy.c.jaskela.civ@socom.mil
(marsha.leventry@socom.mil, amy.c.jaskela.civ@socom.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Edited to add 9/17/24: The RFP for this requirement is intended to be released the week of 23 September.� � Important Information: This solicitation will contain provision and clauses DFARS 252-204-7012 Safeguarding Covered Information and Cyber Incident Reporting (DEVIATION 2024-O0013, REVISION 1), DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements, and DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.� The SOW and DD254 are CUI documents. Only those entities registered in SAM.gov under NAICS 541990 with a 110 NIST SP 800-171 Assessment score will be granted access to the SOW and DD254. Accessing the SOW and DD254. If your entity is planning to bid on this requirement, your entity will need to request access to the controlled documents in SAM and email the Contracting Officer and Contracting Specialist proof of your 110 NIST SP 800-171 DoD Assessment score and proof of your 541990 NAICS code. �� Once the solicitation is released, please email marsha.leventry@socom.mil and amy.c.jaskela.civ@socom.mil proof of your 110 NIST Cyber Score and proof of your NAICS codes. � Your email should have your entity�s name and ISSJ-3 in the subject line. Your attachments should be labeled CompanyName_NIST and CompanyName_NAICS. Please note that after emailing proof, you must still request access in SAM.gov. Once logged in, click the request access button in the Attachments/Links section of the announcement. ------------------------------------------------------------------------------------------------------------------------- Edited to add 8/29/2024:�The anticipated August 2024 RFP release has been delayed. Updates regarding a new release date will be communicated via Sam.gov when the date is finalized. ------------------------------------------------------------------------------------------------------------------------- Intelligence Support Services Joint III � Synopsis (H92402-24-R-0001)� This notice shall not be construed as a commitment by the United States Government (USG). It does not obligate the Government to reimburse any cost associated with preparation and/or submission of a response, nor does this notice guarantee the Government will issue a Solicitation / RFP or award your company a contract to provide these services. Respondents are advised that the USG will not pay for any information or administrative costs incurred in response to this information or these activities. This notice does not require any responses. Interested vendors are encouraged to monitor SAM.gov for RFP release.� The United States Special Operations Command (USSOCOM) Directorate of Procurement, on behalf of USSOCOM Program Executive Office � SOF Warrior (PEO-SW), is considering the RFP release for Intelligence Analyst Support services.� � The proposed contract is structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed-Fee (CPFF) pricing. The estimated Full Time Equivalents (FTE) for this effort is 270. The Government intends to conduct a competitive procurement through a Service-Disabled Veteran Owned Small Business (SDVOSB) set aside and award according to Best Value Source Selection Procedures. The primary NAICS code for this effort is: 541990.�� The RFP is anticipated to be released on or around week of 23 Sept.�� Questions will be due one week after RFP release and proposals will be due approximately 45 days from RFP release.�� Anticipated CLIN Structure:� First Ordering Period (5-year Ordering Period)� CLIN 0001 � Labor - CPFF� CLIN 0002 � ODCs/Travel � Cost� CLIN 0003 � CDRLs� - NSP� Option Ordering Period (Up to an additional 5-year Ordering Period)� CLIN 1001 � Labor - CPFF� CLIN 1002 � ODCs/Travel � Cost� CLIN 1003 � CDRLs� - NSP� The purpose of this effort is to provide comprehensive, actionable, intelligence services to USSOCOM through a pool of resource personnel across the intelligence functional spectrum including, but not limited to: All-Source Intelligence (ASIA), Human Intelligence (HUMINT), Signals Intelligence (SIGINT), Open-Source Intelligence (OSINT)**, Targeting Intelligence, Counter Intelligence (CI) and Socio-Cultural Analysis (SCA)**. The Contractor shall perform SOF-specific strategic, operational, and tactical multi-layered analysis in support of Intelligence Preparation of the Environment (IPE) for military and humanitarian missions in any Area of Responsibility (AOR) world-wide. The Contractor will also provide intelligence expertise on the operations and methodology of Violent Extremist Organizations (VEO), Transnational Criminal Organizations (TCO), Special Interest Aliens (SIA), Counter Weapons of Mass Destruction (CWMD), Integrated Deterrence and other emerging threat priorities. **Select positions have a language-enabled requirement with Interagency Language Roundtable (ILR) 2+/2+ rating or higher depending on position**.?� Place of Performance: CONUS: National Capital Region (NCR), North Carolina, Georgia, Virginia, and Washington. OCONUS Rotational: CENTCOM AOR, AFRICOM, INDOPACOM, and other Combatant Commands as needed.??�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/785fc1c4d62b49bdb5617c133cd658ca/view)
 
Record
SN07214013-F 20240919/240917230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.